Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 10, 2005 FBO #1292
SOLICITATION NOTICE

59 -- Pulsar Assembly - 1 MV with spare parts

Notice Date
6/8/2005
 
Notice Type
Solicitation Notice
 
NAICS
333319 — Other Commercial and Service Industry Machinery Manufacturing
 
Contracting Office
RDECOM Acquisition Center - Adelphi, ATTN: AMSSB-ACA, 2800 Powder Mill Road, Adelphi, MD 20783-1197
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX-05-T-0135
 
Response Due
6/24/2005
 
Archive Date
8/23/2005
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; propo sals are being requested and a written solicitation will not be issued. The solicitation number is W911QX-05-T-0135. This acquisition is issued as an Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are thos e in effect through Federal Acquisition Circular 2005-00001. The associated NAICS code is 333319. The small business size standard is 3699. The following is a list of contract line item number(s) and items, quantities and units of measure: CLINS0001 1 E A Pulser Assembly  1 MV with spare parts CLIN 0002 1 EA Shipping Description of requirements: The above items are manufactured by Titan Pulse Sciences Division, 2700 Merced St., San Leandro CA 94577 and are being solicited on a Brand Name or Equal basis. The following are the salient characteristics for these items: CLIN 0001. A Pulsar Assembly MV along with spare parts consisting of: 1 each Pulser Assembly - 1 MV 43710-62900, 44 O-Rings 0905-0136, 2 O-Ring 0905-0553, 3 O-Ring 0905-0578, 1 O-Ring 0905- 0605, 1 O-Ring 0905-0606, 2 O-Ring (Base Plate / Face Plate) 0905-0633, 1 O-Ring (Module Chamber) 0905-0634, 2 Wooden Bolt - Tie 1MV 100-266023, 2 Module Stack Spacer (Shim) 100-266088, 1 Plate Module Assembly, 1 MV 120-266042, 1 Assembly Base Metal, 1 MV 43710-62930, 1 Insulating Strap - Trigger Module and Base Plate 43734-07600, 87 Spark Ball 100-202016, 4 O-Ring Stock 4320-0286, 44 Plunger 100-202092, 44 Compression Spring 1460-0621, 3 1MV - Single or Dual Flash X-Ray Tube (5mm Spot Size) 5081-9551, 3 Mo dule Chamber, 1 MV 120-266014, 1 1 MV Remote Tube Head Assembly** 43710-62932, 1 Transformer, Trigger - Reversible Polarity 130-343500, 1 Transformer, Trigger - Mounting Plate 100-271054. CLIN 0002. Shipping. These items are required in order to maintai n compatability with existing Titan systems. Delivery shall be made to the Army Research Laboratory, Aberdeen Proving Grounds, Aberdeen Maryland 21005. Acceptance shall be performed at Army Research Laboratory, Aberdeen Proving Grounds, Aberdeen Maryla nd 21005. The FOB point is Origin. The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: NONE. The provision at FAR 52.212-2, Evaluation - Commercial I tems is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: Technical, past performance and price. The technical capability and past performance are of equal importance and w hen combined are slightly more important than price. The technical evaluation will be a determination as to equality of the product to the brand name and shall be based on information furnished by the vendor The government is not responsible for locating or securing any information which is not identified in the proposal. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material (such as cuts, illustrations, drawings, or other information) nece ssary for the government to determine whether the product meets the salient characteristics of the requirement. If the vendor proposes to modify a product so as to make it conform to the requirement of this solicitation the vendor shall include a clear de scription of such proposed modifications and clearly mark any descriptive materials to show modifications. Past performance will be evaluated based on information provided by the offeror as to actual sales of the proposed product to industry or government agencies. Past performance will consider the ability of the offeror to meet technical specifications, delivery schedules and warranty and maintenance reputati on. Offerors must include records of three recent sales and identify a point of contact for each by providing a name and telephone number. The government will award a contract to the offeror whose offer conforms to this solicitation and will be most adva ntageous to the government, price and other factors considered. The government reserves the right to award to other than the lowest price and to award without discussions. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, and DFARS 252.212-7000, Offeror Representations and Certifications -Commercial Items, with its offer. The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisiti on. The following addenda have been attached to this clause NONE. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: FAR 52.203-6; FAR 52.211-6; FAR 52.219.8; FAR 5 2.222-19; FAR 52.222-21; FAR 52.222-26; FAR 52.222-35; FAR 52.222-36; FAR 52.222-37; FAR 52.225-15; and FAR 52.232-33. (xiii) The following additional contract requirement(s) or terms and conditions apply: DFARS 252.212-7000 and 252.212-7001apply to this acquisition. The following DFARS clauses cited in 252.212-7001 apply: DFARS 252.225-7001; DFARS 252.225-7012; DFARS 252.225-7016; FAR 252.232-7003; and DFARS 252.247-7023 alternate III. Clauses and provisions are incorporated by reference and apply to th is acquisition. Clauses and provisions can be obtained at http://www.arnet.gov. The following local contract requirement(s) or terms and conditions apply: ARL-B-004-4409; ARL-B-004-4411; ARL-H-004-4408; ARL-G.032-4418; ARL-H.004-4408; ARL-H-005-4401; ARL-H.011-4401; ARL-B006-4400; ARL-L-15. Clauses and Provisions can be obtained at http://w3.arl.army.mil/contracts/kosol.htm. This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as DO-C9. (xv) The following notes apply to this announcement: NONE. Offers are due on 24 June 2005 at 12:00 hours, at US Army Research Laboratory, RMAC-Adelphi, AMSRD-ACC-AC, 2800 Powder Mill Road, Adelphi, MD 20783-1197 or via email to burgess@arl.army.mil. (xvii) For information regardin g this solicitation, please contact Raymond Burgess, Contract Specialist at (301) 394-4348, FAX (301) 394-1660 or email at rburgess@arl.army.mil.
 
Place of Performance
Address: RDECOM Acquisition Center - Adelphi ATTN: AMSSB-ACA, 2800 Powder Mill Road Adelphi MD
Zip Code: 20783-1197
Country: US
 
Record
SN00824970-W 20050610/050608212310 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.